Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
MODIFICATION

D -- Blackberry Services - Answers to Questions

Notice Date
4/26/2010
 
Notice Type
Modification/Amendment
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
DHS-10-53976
 
Point of Contact
Karen R. Petty, Phone: 2023443951
 
E-Mail Address
karen.petty@dhs.gov
(karen.petty@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Answers to Questions ****************************************The purpose of this amendment is to change this solicitation to full and open competition and to post the answers to questions submitted. See attached list of questions and answers. All other terms and conditions remain unchanged.******************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-38. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 517210, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This is a full and open competitive procurement. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor Federal Business Opportunities' website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quote (RFQ) The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), Office of Field Operations/Security Initiative Division has an ongoing requirement for Wireless Blackberry Service for the HQ/Office of Field Operations Office area. CBP Officers and non-uniform personnel are required to carry wireless blackberry's 24 hours, 7 days a week in order to perform their daily duties. The Contractor is to provide adequate wireless blackberry service for Customs and Border Protection Officers and other non-uniformed employees. CBP intends to award a purchase order for the need of wireless communication services for the HQ/Office of Field Operations Office area. The service must have the following: Specifications: 1) Requesting Service for Blackberry Phone Capabilities as follows: 65 EA The Blackberry Phone service should meet at a minimum the capabilities of the Bold 9000 blackberry model. Service Coverage Area: Typical performance requires the Contractor to provide Wireless Communication services for the HQ/Office of Field Operations Field Office to include: Washington, D.C. Description of Task and Deliverables The Contractor shall provide 24-7 wireless communication support to all users. If applicable, The Contractor shall deliver all equipment to the Field Office and in turn the Field Office will inspect and issue to individual users. Voice Phone services must be able to work within the U.S. the *Service Coverage Area and Internationally Data Phone Services (email, internet) must be able to working with the U.S. and the *Service Coverage Area and Internationally. Provide operable communication services during emergency situations. For a quantity of: 65 EA, the Service Plan for the blackberry phones must include, at least: 300 Anytime Minutes, Unlimited or Free Nights and Weekends, Unlimited Mobile to Mobile, Unlimited Domestic Text Messaging, Unlimited Voicemail, Internet Access, Share Capabilities and International ability. The Government will have the ability to make administrative changes such as: suspending services (when necessary), resuming services, activation, changing passwords. Requesting existing blackberry numbers to remain the same (approximately 65 numbers). * The existing blackberry numbers are available upon request. Period of Performance (POP) Period of Performance May 01, 2010 through September 30, 2010 October 01, 2010 through September 30, 2011 October 01, 2011 through September 30, 2012 October 01, 2012 through September 30, 2013 October 01, 2013 through September 30, 2014 FOB: Destination Customs and Border Protection Attn: Jennifer Stowe Office of Field Operation/Container Security Initiative 1300 Pennsylvania Ave, NW, Room 3.4B Washington, D.C. 20229 EVALUATION AND AWARD : Award. The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The Government will base the determination of best value on performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. Technical factors are significantly more important than cost or price. It is pointed out, however, that should technical competence between offerors be considered approximately the same, then cost or price could become primary. CBP will base its award decision using a best value analysis that results in the most advantageous acquisition for the government. CBP's acquisition strategy used to obtain best value may result in an award to other than the lowest priced, technically rated offeror. Best value analysis spans a continuum from the lowest priced, technically acceptable proposal to those proposals in which tradeoffs between price, past performance, and each offeror's technical solution is evaluated. Technical Evaluation Factors: Coverage Area 50% Phone Plan 25% Equipment Capability 25% Totaling: 100% CCR : Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE : All questions are to be submitted via email to Karen.Petty@dhs.gov no later than Friday, April 23, 2010, @12:00pm EST. QUOTATIONS DUE : All quotations are due, via email to: Karen.Petty@dhs.gov, no later than 2:00pm, EST on: Wednesday, April 28, 2010. PROVISIONS and CLAUSES : The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to: Karen.Petty@dhs.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/DHS-10-53976/listing.html)
 
Place of Performance
Address: 1300 Pennsylvania Ave, NW, Room 3.4B, Washington, District of Columbia, 20229, United States
Zip Code: 20229
 
Record
SN02132441-W 20100428/100426235215-2dd64ce096313c7290bf99e4cf84d4af (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.